CM-07-08-188STATE OF TEXAS
COUNTY OF WILLIAMSON
SUPPLEMENTAL AGREEMENT NO. 11
TO AGREEMENT FOR ENGINEERING SERVICES
FIRM: Carter & Burgess, Inc. ("Engineer")
ADDRESS: 2705 Bee Cave Road, Suite 300, Austin, TX 78746
PROJECT: US 79 from FM 1460 to CR 195 (Gap Project)
This Supplemental Agreement No. 11 to Agreement for Engineering Services is made by and
between the City of Round Rock, Texas, hereinafter called the "City" and Carter & Burgess,
Inc., hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed an Agreement for Engineering Services,
hereinafter called the "Agreement", on March 23, 2000 to provide engineering services for the
design of a four -lane divided section on US 79 — from FM 1460 to CR 195 to include bridge
design at Arterial A, for the sum of $398,182.00; and
WHEREAS, the City and Engineer executed Supplemental Agreement No. 1 on June 28, 2001
to amend the scope of services, to extend the contract date from August 31, 2001 to December
31, 2002, and to increase the compensation by $158,118.00 to a total of $556,300.00; and
WHEREAS, the City and Engineer executed Supplemental Agreement No. 2 on September 13,
2001 to amend the scope of services and to increase the compensation by $68,021.00 to a total of
$624,321.00; and
WHEREAS, the City and Engineer executed Supplemental Agreement No. 3 on January 10,
2002 to amend the scope of services and to increase the compensation by $27,275.00 to a total of
$651,596.00; and
WHEREAS, the City and Engineer executed Supplemental Agreement No. 4 on June 27, 2002
to amend the scope of services and to increase the compensation by $33,266.00 to a total of
$684,862.00; and
WHEREAS, the City and Engineer executed Supplemental Agreement No. 5 on December 19,
2002 to amend the scope of services, to increase the compensation by $32,673.00 to a total of
$717,535.00, and to extend the contract period to December 31, 2003; and
WHEREAS, the City and Engineer executed Supplemental Agreement No. 6 on December 18,
2003 to amend the scope of services, to increase the compensation by $54,918.58 to a total of
$772,453.58, and to extend the termination date; and
Supplemental Agreement Rev.03/02/04
Carterburgess-US79-FM1460toCR195; TX012ND79; 00119491 64836
1
WHEREAS, the City and Engineer executed Supplemental Agreement No. 7 on September 23,
2004 to amend the scope of services, to increase the compensation by $98,643.00 to a total of
$871,096.58, and to modify the provision for notices to proceed; and
WHEREAS, the City and Engineer executed Supplemental Agreement No. 8 on May 26, 2005
to modify the provisions for the scope of services and to increase the compensation by
$12,175.00 to a total of $883,271.58; and
WHEREAS, the City and Engineer executed Supplemental Agreement No. 9 on April 28, 2006
to modify the provisions for the scope of services and to increase the compensation by
$15,729.00 to a total of $899,000.58; and
WHEREAS, the City and Engineer executed Supplemental Agreement No. 10 on August 4,
2007 to modify the provisions for the scope of services and to increase the compensation by
$39,428.00 to a total of $938,428.58; and
WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the
scope of services and to increase the compensation by $27,824.00 to a total of $966,252.58; and
NOW THEREFORE, premises considered, the City and the Engineer agree that said
Agreement is amended as follows:
I.
Article 2, Scope Of Services To Be Performed By Engineer and Exhibit B, Services To Be
Performed By The Engineer shall be amended as set forth in the attached Addendum To Exhibit
B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum To
Exhibit C.
II.
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$27,824.00 the lump sum amount payable under the Agreement for a total of $966,252.58, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Agreement in duplicate.
CARTER & BURGESS, INC.
By:
1'5•
mor“ A f.l K C- atZ1 NC t PA -L
6 !bI o7
Supplemental Agreement
Carterburgess-US79-FM 1460toCR 195; TX012ND79; 00119491
2
Rev.03/02/04
64836
Date
CITY OF ROUND ROCK
By:
Date
riTAmcS ,2 A1usb,
Cliym1-Am-
Supplemental Agreement
Carterburgess-US79-FM1460toCRl95; TX012ND79; 001 19491
3
APP ',i1o1 VED AS TO ORM:
diwie-
Steph.r L. Sheets, City Attorney
Rev.03/02/04
64836
ADDENDUM TO EXHIBIT B
Services to be Provided by the Engineer
The changes to the scope of this project are as follows:
The work effort and the management for the project included in this contract will be
conducted in the Engineer's. The Engineer will be readily accessible to the City of Round
Rock staff and will meet with the City's project manager as necessary.
The Engineer will solicit and secure written permission for entry to accomplish any work
beyond the existing right of way.
The Engineer is fully responsible for any traffic control required from any data collection
activities. The control must be consistent with the City's procedures. The Engineer may not
close a lane of traffic without the written approval of the City's Project Manager.
All survey work shall be done in accordance with Texas Board of Professional Surveyors
"Manual of Practice for Land Surveying."
The Engineer shall provide the following services:
CONSTRUCTION PHASE SERVICES
Shop Drawing Review
Shop drawings requiring review may include, but shall not be limited to, the following items.
Prestressed Concrete Beams (TY IV)
Prestressed Concrete Panels
Elastomeric Bearing Pads
Permanent Metal Deck Forms
Type T501 Rail
Armor Joint (with Seal)
Concrete Box Culverts and Storm Drains
Reinforced Concrete Pipe
Manholes and Inlets
Headwalls and Wingwalls
Safety End Treatments
Frames, Grates, Rings and Covers
Roadway Illumination Assemblies
Conduit
Electrical Conductors
Ground Boxes
Small Roadside Sign Supports and Assemblies
Traffic Signals
Vehicle and Pedestrian Signal Heads
Pedestal Pole Assemblies
Pedestrian Detectors and Vehicle Loop Detectors
Shop drawings shall be reviewed as requested. The following procedures shall be used for
the reviews:
1. Review the drawings for conformity to the plans, specifications, and special
provisions, as well as conformity to any subsidiary standards or criteria referred to
by the plans, specifications or special provisions.
2. If the drawing is found to be in conformity, or an alternate design is adequate and
acceptable, the drawing shall be marked "No Exceptions Taken" with signature,
date and statement that "Review is only for general conformance with the design
concept of the contract documents. Markings or comments shall not be construed
as relieving the contractor from compliance with the project plans and
specifications, nor departures there from. The Contractor remains solely
responsible for details and accuracy, for confirming and correlating all quantities
and dimensions, for selecting fabrication processes, for techniques of assembly, for
safety and for satisfactory performance of his work."
3. If there are only minor corrections, the incorrect information shall be crossed out
and the correct information will be written next to the crossed out information. All
the redlines shall be done in indelible red ink. The submittal shall be returned
marked "Make Correction as Noted" and no re -submittal shall be required.
4. If the corrections are more significant and the Engineer does not concur with the
information on the drawings, then the submittal shall be returned marked "Amend
and Resubmit." The Drawings must then be resubmitted for a second review.
5. If the drawings are found not to be in conformity, the drawings shall be marked
"Rejected See Remarks." An explanation of why the submittal was disapproved
will be provided in enough detail for the Contractor to be able to make the
corrections for re -submittal.
6. A cover letter will be returned with the reviewed drawings containing:
a. A description of the submittal;
b. the status of the submittal;
c. a listing of sheet numbers and titles reviewed;
d. if the design reviewed was an alternate design, a notation declaring that an
alternate design was presented and what criteria were used to determine if the
alternate design is adequate and acceptable and;
e. if the submittal was not accepted without exception, an explanation of the
exceptions.
Preparation of Change Orders, Alternate Design or Additional Design Details
The Engineer shall be available to prepare Change Orders, Alternate Designs or Additional
Design Details as directed by the City of Round Rock or its representatives throughout the
duration of the construction. The Engineer will document each Change Order, Alternate
Design or Design Details in sufficient detail to allow the processing of the design refinement.
The Engineer shall submit original mylar drawings and six copies of all Change Orders or
designs requested by the City of Round Rock. In relation to preparation of change order
documents, the Engineer shall be available to:
• prepare a Fair Construction Cost Estimate for the change
• evaluate contractor's proposed quotation against the Fair Construction Cost Estimate
• submit recommendations to the City of Round Rock for final approval, and
• assist the City of Round Rock and or its representatives in negotiating change order
following approval
Respond to Questions related to the Plans
The Engineer shall be available to respond to questions related to the plans and
specifications as needed throughout the duration of the construction. The Engineer will
document each question in sufficient detail, formulate a response and submit a written
version of the response to the City of Round Rock for distribution to all involved parties.
ADDENDUM TO EXHIBIT C
Work Schedule
The changes to the Work Schedule for this project are as follows:
Schedules shall be performed as agreed upon by the City of Round Rock and the Engineer.
• The Agreement Period shall be extended to September 30, 2008.
ADDENDUM TO EXHIBIT D
Fee Schedule
The changes to the fee schedule for this project are as follows:
SUMMARY OF CONTRACT BY COMPANY
CONSTRUCTION PHASE SERVICES (FC 351)
FIRM
HOURS
SALARY
OVERHEAD
PROFIT
PROJECT
% OF
TOTAL
MANAGER
15.00%
TOTAL
TOTALS
SPECIALIST
TECH
TOTAL HOURS:
40
CONSTRUCTION PHASE SERVICES (FC 351)
40
40
0
40
0
200
SALARY RATES:
C&B
200
$8,444
$14,986
$3,514 $26,944
100.00%
$29.26
TOTAL:
200
$8,444
$14,986] $3,5141 $26,944
$2,174
$2,090
$1,672
$1,338
TOTAL CONTRACT LABOR COST
$1,170
$0
$8,444
OVERHEAD MULTIPLIER:
1.7748
$3,858
$3,709
$2,967
C&B
200
$8,444
$14,986
$3,514
$26,944
100.00%
$905
$870
$696
$557
$0
$487
$0
$3,514
TOTAL:
200J $8,444
$14,986 $3,514 $26,944
$6,669
$5,335
$4,768
$0
$3,735
TOTAL CONTRACT DIRECT COST
$26,944
C&B
$880
CLASSIFICATION
TOTAL
SALARY
TOTAL:
OVERHEAD
PROFIT
TOTAL
$880
HOURS
RATE
CONTRACT TOTAL
MULTIPLIER
Bore
COST
1.7748
$27,824
100%
TOTAL
PROJECT MANAGER
40
$54.34
$2,174
$3,857.71
TOTAL:
$6,936
25.74%
$27,824
SENIOR DESIGN ENGINEER
TASK AND DESCRIPTION
CONSTRUCTION PHASE SERVICES (FC 351)
PROJECT
SR. DES
DESIGN
ASST DES
SR DESIGN
CADD
TOTAL
MANAGER
ENGINEER
ENGINEER
ENGINEER
SPECIALIST
TECH
TOTAL HOURS:
40
40
40
40
0
40
0
200
SALARY RATES:
$54.34
$52.25
$41.80
$33.44
$0.00
$29.26
$0.00
$30.16
DIRECT SALARY COSTS:
$2,174
$2,090
$1,672
$1,338
$0
$1,170
$0
$8,444
OVERHEAD MULTIPLIER:
1.7748
$3,858
$3,709
$2,967
$2,374
$0
$2,077
$0
$14,986
PROFIT:
15.00%
$905
$870
$696
$557
$0
$487
$0
$3,514
TOTAL:
59?J36
$6,669
$5,335
$4,768
$0
$3,735
$0
$26,944
CLASSIFICATION
TOTAL
SALARY
DIRECT
OVERHEAD
PROFIT
TOTAL
%of
HOURS
RATE
SALARY
MULTIPLIER
Bore
COST
1.7748
15.00%
TOTAL
PROJECT MANAGER
40
$54.34
$2,174
$3,857.71
$905
$6,936
25.74%
SENIOR DESIGN ENGINEER
40
$52.25
$2,090
$3,709.33
$870
56.669
$5,335
24.75%
ASST DESIGN ENGINEER
40
$41.80
$1,672
$2,967.47
$696
19.80%
DESIGN ENGINEER
40
$33.44
$1,338
$2,373.97
$557
$4,268
15.84%
ASST DESIGN ENGINEER
0
$0.00
$0
$0.00
$0
$0
0.00%
SR. DESIGN SPECIALIST
40
$29.26
$1,170
$2,077.23
$487
$3,735
13.86%
CADD TECHNICIAN
0
50.00
$0
$0.00
$0
$0
0.00%
TOTALS
200
$8,444
$14,986
$3,514
$26,944
100.00%
DIRECT COST
Mylar Plots
0
Square Feet @
$2.50/Sq. Ft.=
$0
Blueline Reproductions or Printing
0
Square Feet @
$.25/Sq. Ft.=
$0
Express Deliveries
16
1600
Deliveries @
Miles @
$25.00/ Del.=
$0.40/mile =
$320
$560
Auto Mileage
9
Auto Rental
0
Day
$60/day
Per Diem
0
Day
$30/day =
$0
0
TOTAL DIRECT COST
-
$880
SUMMARY
Labor + Overhead + Cost
$26,944
Direct Cost
$880
TOTAL CONTRACT COST - ITS CSJ 0204-01-049
$27,824
TASK AND DESCRIPTION
STANDARD
NO. OF
PROJECT
SR. DES
DESIGN
ASST DESIGN
SR DESIGN
CADD
TOTAL
HRSISHT
SHEETS
SHEETS
MANAGER
ENGINEER
ENGINEER
ENGINEER
SPECIALIST
TECHNICIAN
HRSISHT
HOURS
HRSISHT
HOURS
HRSISHT
HOURS
HRSISHT
HOURS
HRSISHT
HOURS
HRSISHT HOURS
HRSISHT
HOURS
CONSTRUCTION PHASE SERVICES (FC 351)
1. Shop Drawing Reviews
4
4
4
4
0
4
0
20
2. Change Orders, Alternate or Additional Designs
12
12
12
12
0
12
0
60
3. Respond to Request for Information
24
24
24
24
0
24
0
120
SUBTOTALS
0
0
40
40
40
40
0
40
0
200
TOTAL SHEETS ANDIOR HOURS
0
40
40
40
40
0
40
0
200
2007 UPDATE
Multipliers
Overhead 1.7748
Profit 0.1500
Total 3.1910
Wage Rates
Base Multiplied
Project Manager $54.34 $173.40
Senior Design Engineer $52.25 $166.73
Design Engineer $41.80 $133.38
Asst Design Engineer $33.44 $106.71
Senior Design Specialist $0.00 $0.00
CADD Technician $29.26 $93.37
Clerical $0.00 $0.00
Survey Manager $0.00 $0.00
Survey Technician $0.00 $0.00
RPLS $0.00 $0.00
Field Party (4 person) $0.00 $0.00
Field Party (2 person) $0.00 $0.00
Field Party (3 person) $0.00 $0.00
GPS Equipment $0.00 $0.00
DATE: August 6, 2007
SUBJECT: City Manager Approval - August 10, 2007
ITEM: Action authorizing the City Manager to approve Supplemental
Contract #11 for Carter & Burgess, Inc. for US 79 from FM 1460 to
CR 195 (Gap Project).
Department: Transportation Services
Staff Person: Thomas G. Martin, P.E., Director of Transportation Services
Justification:
Due to unforeseen circumstances, this supplemental contract will provide the continuance of
Engineering Services due to project delays that include construction phased services such as
shop drawing reviews, change order preparation, generation of details or future alterations
of plans as directed by the City of Round Rock. In addition, the drainage system must be
modified due to the new proposed "Arterial A" roadway design and the addition of several
driveways in order to allow access into private properties.
Funding:
Cost: $27,824.00
Source of funds: 4B -Round Rock Transportation System Development Corporation
Outside Resources: Carter & Burgess, Inc.
Background Information:
The US 79 project is a federally funded project that the City, in conjunction with TxDOT, is
working to widen the existing State Highway to a 4 -lane divided section, which includes
drainage, signalization, illumination and signage improvements.
Public Comment: N/A
Blue Sheet Format
Updated 01/20/04